Hawaii Bids > Bid Detail

INCOGNITO Executive Secured Comms. Center for Operational Security (OPSEC)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159534913730973
Posted Date: Jun 5, 2023
Due Date: Jun 9, 2023
Solicitation No: N0060423Q4042
Source: https://sam.gov/opp/e8e26c1e54...
Follow
INCOGNITO Executive Secured Comms. Center for Operational Security (OPSEC)
Active
Contract Opportunity
Notice ID
N0060423Q4042
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC PEARL HARBOR
Office
NAVSUP FLT LOG CTR PEARL HARBOR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Jun 05, 2023 11:14 am HST
  • Original Date Offers Due: Jun 09, 2023 04:00 pm HST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7110 - OFFICE FURNITURE
  • NAICS Code:
    • 337211 - Wood Office Furniture Manufacturing
  • Place of Performance:
    JBPHH , HI 96860
    USA
Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both SAM.gov and NECO (https://www.neco.navy.mil/).





The RFQ number is N0060423Q4042. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Publication Notice 20230525. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 337211 and the Small Business Standard is 1,000 Employees. This requirement is for Brand Name or Equal and a total small business set-aside





The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing: INCOGNITO Executive Secured Comms. Center for Operational Security (OPSEC) Brand Name or Equal as per the attached SOW and Systems List. The GSA approved Class 5 IPS security container listed must meet all the federal specifications listed in AA-C-2786A.





CLIN 0001 – INCOGNITO Executive Secured Comms. Center for Operational Security (OPSEC) Brand Name or Equal (Per the attached Systems List) – Qty. 1.





Delivery and Installation is 150 days After Date of Contract.



Delivery Location is:



FOB Destination to:



31 Makalapa Drive,



JBPHH, HI 96860.





Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.





Attachments:




  1. Systems List

  2. Statement of Work (SOW)

  3. FAR 52.204-24 - Reps Regarding Certain Telecommunications_Nov 2021

  4. FAR 52.212-3 (MAY 2022) & Alt I





Questions regarding the solicitation shall be submitted electronically to dawit.t.gebreyesus.civ@us.navy.mil or robert.e.dunn46.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060423Q4042 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 1600 hrs. HST (Hawaii Standard Time) on 07 June 2023. Questions submitted after this date and time may not be accepted.





Please utilize Attachment 1 – Systems List to submit your quote. Together with quote please complete and submit the attached forms FAR 52.204-24 – Reps Regarding Certain Telecommunication and FAR 52.212-3 – Alt 1.





The following FAR provision and clauses are applicable to this procurement:



52.204-7 System for Award Management



52.204-13 System for Award Management Maintenance



52.204-16 Commercial and Government Entity Code Reporting



52.204-17 Ownership or Control of Offeror



52.204-18 Commercial and Government Entity Code Maintenance



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or



Equipment



52.204-26 Covered Telecommunications Equipment or Services—Representation



52.212-1 Instructions to Offerors—Commercial Products and Commercial Services



52.212-3 and its ALT I, Offeror Representations and Certifications—Commercial Products and Commercial



Services;



52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services



52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial



Products and Commercial Services.



52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by



Kaspersky Lab and Other Covered Entities



52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or



Equipment



52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended,



or Proposed for Debarment



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations



52.211-6 Brand Name or Equal



52.219-6 Notice of Total Small Business Set-Aside



52.219-28 Post-Award Small Business Program Rerepresentation



52.219-33 Non-Manufacturer Rule



52.222-3 Convict Labor



52.222-19 Child Labor—Cooperation with Authorities and Remedies



52.222-21 Prohibition of Segregated Facilities



52.222-26 Equal Opportunity



52.222-35 Equal Opportunity for Veterans



52.222-36 Equal Opportunity for Workers with Disabilities



52.222-50 Combating Trafficking in Persons



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving



52.225-1 Buy American Act--Supplies



52.233-3 Protest after Award



52.233-4 Applicable Law for Breach of Contract Claim



52.239-1 Privacy or Security Safeguards



52.232-33 Payment by Electronic Funds Transfer—System for Award Management



52.232-39 Unenforceability of Unauthorized Obligations



52.232-40 Providing Accelerated Payments to Small Business Subcontractors





Additional contract terms and conditions applicable to this procurement are:





252.203-7000 Requirements Relating To Compensation of Former DoD Officials



252.203-7002 Requirement to Inform Employees of Whistleblower Rights



252.203-7005 Representation Relating To Compensation of Former DoD Officials



252.204-7003 Control of Government Personnel Work Product



252.204-7011 Alternative Line Item Structure



252.204-7012 Safeguarding of Unclassified Controlled Technical Information



252.204-7015 Disclosure of Information To Litigation Support Contractors



252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or



Services—Representation



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or



Services



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements.



252.204-7020 NIST SP 800-171 DoD Assessment Requirements.



252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations



252.223-7008 Prohibition of Hexavalent Chromium



252.225-7048 Export-Controlled Items



252.225-7055 Representation Regarding Business Operations with the Maduro Regime



252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime



252.232-7003 Electronic Submission of Payment Requests And Receiving Reports



252.232-7006 Wide Area WorkFlow Payment Instructions



252.232-7010 Levies On Contract Payments



252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and



Consideration



252.244-7000 Subcontracts For Commercial Items



252.247-7023 Transportation of Supplies by Sea—Basic







52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)



This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es):



https://www.acquisition.gov/browse/index/far



https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html



(End of provision)





52.252-2 Clauses Incorporated By Reference (Feb 1998)



This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es):



https://www.acquisition.gov/browse/index/far



https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html



(End of clause)









This announcement will close at 1600 hrs. HST on 09 JUNE 2023. Contact Contract Specialist who can be reached email dawit.t.gebreyesus.civ@navy.mil . All responsible sources may submit a quote which shall be considered by the agency.





Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery, a determination of responsibility and technical acceptability.





System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.





All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.





End of Combined Synopsis/Solicitation








Attachments/Links
Contact Information
Contracting Office Address
  • SUITE 100 1942 GAFFNEY STREET
  • PEARL HARBOR , HI 96860-4549
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 05, 2023 11:14 am HSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >